SOURCES SOUGHT
X -- Lease of Office Space within Region 10. RLP #18-REG10 - OFFICE SPACE
- Notice Date
- 8/1/2018
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R10 Real Estate Acquisition Division(47PL99), 400 15th Street, SW, Auburn, Washington, 98001-6599, United States
- ZIP Code
- 98001-6599
- Solicitation Number
- 18-REG10_6WA0536
- Archive Date
- 9/22/2018
- Point of Contact
- Ravin R. Andrews, Phone: (253) 931-7052
- E-Mail Address
-
Ravin.Andrews@gsa.gov
(Ravin.Andrews@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This FBO advertisement is hereby incorporated into the RLP 18-REG10 by way of reference as an RLP attachment. U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP): City: Olympia State: WA Delineated Area: Olympia Central Business District Minimum ABOA Sq. Ft.: 10,190 ABOA Maximum ABOA Sq. Ft.:10,700 ABOA Space Type: Office Term*: 15 years firm/ 10 years firm *However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: 1. The space location shall present no history of prior heavy industrial use; including (but not limited to) large dry cleaning operations, rail yards, gas stations, or industrial facilities. 2. No part of the building shall be within 500 feet of an active, freight-carrying railroad track. 3. The space shall be visible of easily located from an arterial street as determined by the Government. 4. If on a high-traffic or multi-lane street, traffic signals shall be located within two blocks for safe access. 5. A commuted rail, light rail, or subway station shall be located within the immediate vicinity of the Building, but generally not exceeding 800 walkable feet, as determined by the LCO. Alternatively, two or more public or campus bus lines usable by tenant occupants and their customers shall be located within the immediate vicinity of the Building, but generally not exceeding 800 walkable feet, as determined by the LCO. 6. An adequate number of public parking spaces at reasonable market rates, as determined by the Lease Contracting Officer, must be available within 800 walkable feet of the employee entrance of the offered building. The term walkable means that wheel-chair accessible pedestrian access, along code-compliant sidewalks and crosswalks, exists along the entire route. 7. If the offered space does not have two at-grade egresses, a minimum of two elevators are required. One of these elevators may be a freight elevator. 8. The offered space must present an efficient layout, as determined by the Government. Considerations of this are as follows: a. That the space is contiguous, all on one floor, and not separated by common hallways or other areas b. No interior ramps exist c. The space is no more than twice as long as it is wide d. The space offers a regular shape, free of obstructions that hinder development of efficient space design e. Columns are at least 20' from walls and other columns 9. Signage shall be provided to ensure the visiting public can easily locate SSA Space. In multi-occupancy buildings, signs on doors from public corridors (minimum 4" by 6") are required in addition to the lobby directory Agency Tenant Improvement Allowance: Existing leased Space: $50.95 per ABOA SF Other locations offered: $50.95 per ABOA SF HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://aaap.gsa.gov, will enable interested parties to offer space for lease to the Federal Government in response to RLP 18-REG10. In addition, the Government will use its AAAP to satisfy the above space requirement. Interested parties must go to the AAAP website, select the "Register to Offer Space" link and follow the instructions to register. Instructional guides and video tutorials are offered on the AAAP homepage and in the "HELP" tab on the AAAP website. Once registered, interested parties may enter offers during any "Open Period". The Open Period is the 1st through the 7th of each month, ending at 11:59 p.m. EST. Refer to AAAP RLP paragraph 3.02.A for more details on the offer submission process. The Government reserves the right to allow for multiple Open Periods prior to selecting an offer for award to meet this specific space requirement. Offers cannot be submitted during the Closed Period (8th through the end of each month) and will not be considered for projects executed during that time period. This FBO advertisement is hereby incorporated into the RLP 18-REG10 by way of reference as an RLP attachment. Lease award will be made to the lowest price, technically acceptable offer, without negotiations, based upon the requirements in this FBO advertisement and in the RLP requirements package found on the AAAP website. During an Open Period, offerors will be permitted to submit new offers or modify existing offers. Offerors can draft an offer at any time; however, you can only submit an offer during the Open Period. The offered space must comply with the requirements in this FBO advertisement and RLP 18-REG10 and must meet Federal Government, State, and Local jurisdiction requirements, including requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards in accordance with the terms of the Lease. The Lease and all documents that constitute the Lease package can be found at https://aaap.gsa.gov. * If you have previously submitted an offer in FY 2017, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2018 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY18 AAAP RLP Package and each page within the AAAP Application prior to submitting your offer as some of the questions have changed. You must re-enter your space and rates on the ‘Space and Rates' tab in the AAAP. Your previous offered space will not be copied.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b477dbe086360dbbfd18f10e9cc0169b)
- Record
- SN05015500-W 20180803/180801231313-b477dbe086360dbbfd18f10e9cc0169b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |